HomeMy WebLinkAboutExhibit 15City of Miami, Florida
Towing Services RFQ 04-05-054R
ATTACHMENT G
MIAMI POLICE TOWING ADMINISTRATIVE FEE REMITTANCE REPORT
REPORT DATE:
To:
City of Miami Police Department
Attn: Towing Detail
400 N.W. 2 Avenue
Miami, Fl. 33128
The following administrative fee information is provided for the month & year of:
Finance Invoice No.
CURRENT MONTHLY REPORT
NUMBER OF VEHICLES TOWED
LESS: VEHICLES PENDING RELEASE
SUBTOTAL:
LESS: CERTIFICATES OF DESTRUCTION
(Copies Enclosed)
LESS: CITY POUND
LESS: CANCELLATIONS
LESS: NO RECORD OF TOWS
LESS: OTHER (EXPLAIN)
TOTAL POLICE TOWS: ( )@ $25.00 EACH)
PRIVATE PROPERTY TOWS: ( )@ $15.00 EACH)
CHECK ENCLOSED No.
In the amount of $
dated
NOTE: DOCUMENTATION MUST BE PROVIDED FOR ALL DEDUCTIONS INCLUDING SHOWING THE SPECIFIC CASE
NUMBERS THAT ARE CANCELLATIONS OR NO RECORD.
92
Ciry of Miami, Florida
Towing Services RFQ 04-05-054R
6.0. RFQ Response Forms - CHECK LIST
This checklist is provided to help you conform with all form/document requirements stipulated in this RFQ.
Submitted With
Proposal
6.1 RFQ Information Form
This form must be completed, signed, and returned with Proposal. YES
6.2 Certificate of Authority, to be completed, signed and returned with Proposal. YES
6.3 Insurance Requirements
Acknowledgment of receipt of information on the insurance requirements for this YES
RFQ. (Must be signed).
6.4 Local Office Affidavit, if applicable YES
6.5 Debarment and Suspension Certificate (must be signed) YES
6.6 Statement of Compliance with Ordinance 10032 YES
6.7 Proof of current M/WBE Certification by City, if applicable YES
6.8 Conflict of Interest, if applicable YES
6.9 Complete Response with all required documentation. YES
93
City of Miami, Florida
Towing Services
RFQ 04-05-054R
6.1. RFQ Information Form
Issue Date: May 27, 2005
RFQ No.: 03-04-157
Buyer: Pamela Burns, CPPB
Email: pburus(a�ci.miami.fl.us
Commodity Codes: 959-84; 968-90
TERM CONTRACT
TOWING SERVICES
RFQ NO. 04-05-054R
I certify that any and all information contained in this Proposal is true; and I further certify that this
Proposal is made without prior understanding, agreement, or connections with any corporation, firm
or person submitting a Proposal for the same materials, supplies, equipment, or services and is in all
respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ,
and certify that I am authorized to sign for the Proposer. Please print the following and sign your
name:
I propose to provide the Towing Services in: Zone (first choice)
Zone (second choice)
Zone (third choice)
Firm's Name:
Telephone:
Ce1I Phone:
Principal Business Address: Fax:
E-mail address:
Mailing Address, if different from above:
Location of Office and Storage Facility:
Number of Years at that Location:
Name: Title:
Authorized Signature:
94
City of Miami, Florida
Towing Services RFQ 04-05-054R
STATE OF
COUNTY OF
)
) SS:
)
6.2
CERTIFICATE OF AUTHORITY
(IF CORPORATION)
I HEREBY CERTIFY that a meeting of the Board of Directors of the
a corporation existing under the laws of the State of , held on , 20
the following resolution was duly passed and adopted:
"RESOLVED, that, as President of the Corporation, be and is hereby authorized to execute the Proposal dated,
, 20 , to the City of Miami and this corporation and that their execution thereof, attested by
the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this
Corporation."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this
day of , 20 .
Secretary:
(SEAL)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE.
95
City of Miami, Florida
Towing Services RFQ 04-05-054R
STATE OF
) SS:
COUNTY OF
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
1 HEREBY CERTIFY that a meeting of the Partners of the
organized and existing under the laws of the State of , held on
, 20 , the following resolution was duly passed and adopted:
"RESOLVED, that, , as
authorized to execute the Proposal dated, 20
and that their execution thereof, attested by the
shall be the official act and deed of this Partnership."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of
20
Secretary:
(SEAL)
of the Partnership, be and is hereby
, to the City of Miami and this partnership
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE.
72
City of Miami, Florida Towing Services RFQ 04-05-054R
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
STATE OF )
) SS:
COUNTY OF )
I HEREBY CERTIFY that a meeting of the Principals of the
organized and existing under the laws of the State of , held on
, 20 , the following resolution was duly passed and adopted:
"RESOLVED, that, as of the Joint Venture be
and is hereby authorized to execute the Proposal dated, 20 , to the City of Miami official
act and deed of this Joint Venture."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of
,20
Secretary:
(SEAL)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE.
72
City of Miami, Florida Towing Services RFQ 04-05-054R
CERTIFICATE OF AUTHORITY
(if Individual)
STATE OF )
) SS:
COUNTY OF )
I HEREBY CERTIFY that as an individual, I
(Name of Individual)
and as a dlb/a (doing business as)
(if applicable)
exist under the laws of the State of
Florida.
"RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal
dated, , 20 , to the City of Miami as an individual and/or d/b/a (if applicable) and that my
execution thereof, attested by a Notary Public of the State, shall be the official act and deed of this attestation."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this
day of , 20 .
NOTARY PUBLIC:
Commission No.:
I personally know the individual/do not know the individual (Please Circle)
Driver's License #
(SEAL)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE.
74
City of Miami, Florida
Towing Services RFQ 04-05-054R
6.3 Indemnification and Insurance
INSURANCE REQUIREMENTS FOR A CERTIFICATE OF
INSURANCE- TOWING/AUTOMOTIVE REPAIR SERVICES
The awarded Successful Proposers shall furnish Certificate(s) of Insurance which indicate
insurance coverage has been obtained which meets the requirements as outline below:
Commercial General Liability
Limits of Liability
Bodily Injury and Property Damage Liability
Each Occurrence $500,000
General Aggregate Limit $1,000,000
Products/Completed Operations $500,000
Personal and Advertising Injury $500,000
Endorsements Required
City of Miami included as an Additional Insured
Employees included as insured
Independent Contractors Coverage
Contractual Liability
Waiver of Subrogation
Premises/Operations
Broad Form Property Damage
Business Automobile Liability
Limits of Liability
Bodily Injury and Property Damage Liability
Combined Single Limit
Any Auto
Including Hired, Borrowed or Non -Owned Autos
Any One Accident $ 500,000
Endorsements Required
City of Miami included as an Additional Insured
Worker's Compensation
Limits of Liability
Statutory -State of Florida
Waiver of subrogation
75
City of Miami, Florida Towing Services RFQ 04-05-054R
Employer's Liability
B. Limits of Liability
$100,000 for bodily injury caused by an accident, each accident.
$100,000 for bodily injury caused by disease, each employee
$500,000 for bodily injury caused by disease, policy limit
Garage Liability including Keepers Legal Liability
C. Limits of Liability
D. Deductibles
$ 500,000
Comprehensive Each Auto $1,000/$2,500 Max
Collision or Upset Each Auto $1,000/$5,000 Max
All insurance policies required above shall be issued by companies authorized to do business under
the laws of the State of Florida, with the following qualifications:
The company must be rated no less than "A" as to management, and
no less than Class "V" as to financial strength, by the latest edition of
Best's Insurance Guide, published by A.M. Best Company, Oldwick,
New Jersey, or its Equivalent subject to the approval of the City's
Department of Risk Management.
Certificates of insurance will indicate no modification or change in insurance without (30) days in
advance notice to the certificate holder.
Certificate Holder Must Read:
City of Miami
444 S.W. 2" Avenue
Miami, Florida 33130
BINDERS ARE UNACCEPTABLE.
Compliance with the foregoing requirements shall not relieve the Successful Proposer(s) of his
liability and obligation under this section or under any other section of this Agreement.
The Successful Proposer(s) shall be responsible for assuring that the insurance certificates required
in conjunction with this Section remain in force for the duration of the contractual period;
including any and all option terms that may be granted to the Successful Proposer(s).
--If insurance certificates are scheduled to expire during the contractual period, the Successful
Proposer(s) shall be responsible for submitting new or renewed insurance certificates to the City at
a minimum of ten (10) calendar days in advance of such expiration.
--In the event that expired certificates are not replaced with new or renewed certificates which
cover the contractual period, the City shall:
76
City of Miami, Florida Towing Services RFQ 04-05-054R
A) Suspend the Contract until such time as the new or renewed certificates are received by the
City in the manner prescribed in the RFQ.
B) The City may, at its sole discretion, terminate the Contract for cause and seek re -
procurement damages from the Successful Proposer(s) in conjunction with the violation of
the terms and conditions of the Contract.
The undersigned Proposer(s) acknowledges that (s)he has read the above information and agrees to
comply with all the above City requirements.
Proposer: Signature:
(Company name)
Date: Print Name:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE.
77
City of Miami, Florida
Towing Services RFQ 04-05-054R
6.4. Local Office Affidavit
Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY if your office is located within the
corporate limits of the City of Miami.
Legal Name of Firm:
Entity Type: (check one box only) [] Partnership
[] Sole Proprietorship [] Corporation
Corporation Doc. No:
Date Established:
Occupational License No: Date of Issuance:
Nikt
PRESENT
Street Address:
,fiti�iwaii
SRC
City:
State:
How long at this location:
PREVIOUS
Street Address:
City:
State
How long at this location:
According to Ordinance No. 12271 (Section 18-85):
The City Commission may offer to a responsible and responsive local bidder, who maintains a Local Office, the opportunity of accepting a bid at the
low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible
and responsive bidder.
The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of
the City of Miami.
I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage
granted bona fide local bidders/proposers by this section.
(Corporate ;e'w11 )
Authorize Signature
Print Name
Title
Authorize Signature
Print Name
Title
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all
partners of a joint venture.)
STATE OF FLORIDA, COUNTY OF MIAMI-DADE
[] Personally known to me; or
Subscribed and Sworn before me that this is a true statement this day of 200 [I Produced identification:
Notary Public, State of Florida My Commission expires
Printed name of Notary Public
Please submit with your Response copies of Occupational License, professional and/or trade License to verify local status. The City of
Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to
verify the location of the firm's office location.
78
City of Miami, Florida Tow ingServices RFQ 04-05-054R
6.5. Debarment and Suspension
CITY OF M.IAMI CODE SEC. 18-56.4
(a) Authority and requirement to debar and suspend:
After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such
party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney,
shall have the authority to debar a contractual party for the causes listed below from consideration for award of
city contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also
have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause
for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be
exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval
by the City Manager, the City Attorney, and the City Commission.
(b) Causes for debarment or suspension include the following:
1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or
private contract or subcontract, or incident to the performance of such contract or subcontract;
2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or
destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity
or business honesty;
3. Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals;
4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of
nonresponsibility. Such violation may include failure without good cause to perform in accordance with
the terms and conditions of a contract or to perform within the time limits provided in a contract, provided
that failure to perform caused by acts beyond the control of a party shall not be considered a basis for
debarment or suspension;
5. Debarment or suspension of the contractual party by any federal, state or other governmental entity;
6. False certification pursuant to paragraph (c) below; or
7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility
of the contractual party performing city contracts.
(c) Certification:
All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the
contractual party nor any of its principal owners or personnel have been convicted of any of the violations set
forth above or debarred or suspended as set forth in paragraph (b) (5).
The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel
have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph
(b) (5),
Company name:
Signature:
Date:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE
79
City of Miami, Florida
Towing Services RFQ 04-05-054R
6.6. STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032
Proposer certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-
105 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement,"
Proposer will complete and submit the following questions as part of the RFQ Proposal.
Violations of this Ordinance may be considered cause for annulment of a Contract between the Successful Proposer(s)
and the City of Miami.
A. Do you expect to create new positions in your company in the event your company was awarded a Contract by the
City?
Yes No
B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work?
C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration of
all new positions which might be created as a result of this award of a Contract.
(Use additional sheets if necessary)
PROPOSER NAME:
SIGNATURE/TITLE:
DATE:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSAL.
80